Publications/Material Pulling and Prepping for USACE Pub Depot
ID: W912HQ25PULLType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

General Warehousing and Storage (493110)

PSC

HOUSEKEEPING- WAREHOUSING/STORAGE (S215)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide publications and materials pulling and prepping services for its Publication Department located in Springfield, Virginia. The contractor will be responsible for efficiently managing the preparation and shipment of approximately 350 orders within a 30-day period, which includes collecting, packaging, and labeling publications to ensure compliance with shipping regulations while adhering to safety protocols. This procurement is critical for maintaining the operational efficiency of the USACE Publications Depot, ensuring timely order fulfillment while following established safety and security measures. Interested parties must submit their offers by 5:00 PM EDT on May 2, 2025, and can contact Erroll T. Foster at erroll.t.foster@usace.army.mil or by phone at 703-428-6902 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines a requirement for the US Army Corps of Engineers (USACE) Publications Depot in Springfield, VA, to efficiently manage the preparation and shipment of a high volume of publications and materials. The contractor must fulfill approximately 350 orders within a 30-day timeframe, handling items of varying quantities. Key responsibilities include collecting, packaging, and labeling publications for shipping compliance, while adhering to established safety and operational protocols. The contractor is expected to supervise the workforce involved and ensure safety measures are followed, including insurance coverage for working on a government installation. The document emphasizes the need for background checks and compliance with access security policies for all personnel. Additionally, the contractor must follow specified hours of operation and submit invoices electronically for payment. The overarching aim is to streamline the process of managing publications at the depot, maintaining adherence to safety regulations while ensuring timely order fulfillment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    USACE Enterprise Acquisition Forecast as of December 2024
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE), has released an Enterprise Acquisition Forecast for December 2024, outlining anticipated federal contract opportunities for fiscal year 2025. This forecast includes a detailed spreadsheet that categorizes potential contracts by type, financial values, NAICS codes, and project descriptions, focusing on key areas such as geospatial and engineering services, flood control, and infrastructure improvements. The document emphasizes small business opportunities, including set-asides for disadvantaged companies and a broad agency announcement for advanced research and technology development, thereby supporting USACE's mission in environmental protection and infrastructure resilience. Interested contractors can access the forecast through the attached spreadsheet and should prepare to engage with the outlined initiatives as they arise.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    The Real Fort McCoy Newspaper (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office is seeking qualified vendors for the production of "The Real Fort McCoy Newspaper," which involves comprehensive operations including electronic prepress, printing, finishing, packing, and distribution. The contract requires the printing of 2,500 to 5,000 copies per order, averaging 2,800 copies, with a potential one-time annual print run of up to 15,000 copies, featuring 12 to 24 pages in a trim size of 17 x 21 inches. This procurement is crucial for disseminating information and updates relevant to Fort McCoy, ensuring effective communication within the community. Interested parties can reach out to primary contact James Hunt at jhunt@gpo.gov or by phone at 214-767-0451 X5, or secondary contact Jermaine Berryman at jberryman@gpo.gov or 214-767-0451 X2 for further details.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.
    James River Dredging Industry Day-Post Event Docs
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.